Technical specifications for purchase of Machines on project: 160147 – Tripoli, LEBANON

I. General Background Information and Aim of the Project:

The purpose of this procurement is to purchase Professional Level Woodworking Machines with installation and training for a range of small and medium enterprises (SME’s), located in TWENTY (20) different locations in and around Tripoli, Lebanon.

Bidders must offer for a manufacturer authorised technician to visit each of the twenty (20) enterprises to oversee the delivery, installation, commissioning and training on safe use and operation of the machinery. The twenty enterprises are all within the city limits of Tripoli, Lebanon. Bidders should be aware of this additional requirement when making their offers as bids which DO NOT demonstrate official manufacturer authorised technician training will be rejected.

II. The Scope of Supply – TECHNICAL SPECIFICATIONS FORM

Item Name and required parameters QTY compliance*) Remarks**) Woodworking Machine / Tools / Accessories yes/no 1.1 Circular Panel and Tilting Spindle Moulder 10

ONE (1) x Professional level woodworking machine which MUST have CE conformity certification and is suitable for production quality work in small and medium enterprises (SME’s).

The and spindle moulder machine shall meet the following specifications :

General specification . THREE (3) x standard three phase motor, 400V, 5.5kW 7.5HP 50Hz. . Switch for forward or reverse run. . 3200mm long sliding table. . Working height 890mm. . Standard riving knife. . Aluminium table extension with two lever clamping system. . Crosscut 1100mm length. . CE and GS certified. . Machine weight : 780 kgs (without accessories).

Functional specifications Circular . Sliding with 1300mm outrigger table. . Saw blade diameter 315mm. . Saw speed 4800 rpm. . Tiltable saw blade 90 to 45 degrees. . Cutting height 104mm

Page 1 of 15 . Table opening 230mm.. . 800mm rip capacity. . Minimum transport width 800mm. . Saw guard EURO II. . Extractor connection port diameter 120/50mm.

Spindle Moulder . Maximum spindle working length of 125mm. . Spindle bore diameter 30mm, usable height 115mm. . Manual spindle tilt 90 to 45 degrees. . Spindle moulder speeds 3500, 6000, 8000 and 10,000. . Table opening 230mm. . Spindle moulder fence 230 for max tooling 230mm diameter. . Multi adjustment for spindle fence 230. . Anodised aluminium fence plates 400mm. . EURO spindle moulder guard. . Extractor connection port diameter 120/80mm.

1.2 Circular saw blade set 10 A set of TCT circular saw blades suitable for the Circular Panel Saw machine comprising of ONE (1) x 315mm circular saw blade, 28 teeth universal ripsaw, 30mm bore. ONE (1) x 315mm circular saw blade, 48 teeth universal crosscut, 30mm bore. ONE (1) x 315mm circular saw blade, 72 teeth fine sizing, 30mm bore. ONE (1) x 315mm circular saw blade, 96 teeth fine sizing, 30mm bore.

1.3 Spindle moulder cutter tool for spindle bore diameter 30mm 10 Comprising of : ONE (1) x Rebate head with tool diameter 100mm and tool height 500mm. ONE (1) x Guide ring set with 30mm bore diameter. ONE (1) x Ball bearing ring ONE (1) x Starting safety ring. ONE (1) x Guide ring 100mm diameter.

1.4 Toggle clamps for shaping with a jig 10 EIGHT (8) x Toggle clamps, Horizontal handle, Size 3.

1.5 Spindle moulder safety cutter set 10 A set of spindle moulder cutters suitable for the machine comprising of: ONE (1) x 100mm diameter multi profile cutter head with rabbeting knifes and limiters, to suit bore diameter of 30mm. TWELVE (12) x pairs of knives with a cutting height of 40mm (1-37/64"). ONE (1) x wooden case to prevent damage to cutter head or knives.

Page 2 of 15

Allows for a simple knife change due to the seated fitting bolt in the body of the moulder. Made of SP alloy steel with bronzed surface.

2.1 Planer – Thicknesser 10

ONE (1) x Professional level woodworking machine which MUST have CE conformity certification and is suitable for production quality work in small and medium enterprises (SME’s).

The planer-thicknesser machine shall meet the following specifications :

General specification • THREE (3) x standard three phase motor, 400V, 5.5kW 7.5HP 50Hz. • Working height 890mm. • Professional planer fence 1300 x 170mm. • CE and GS certified. • Machine weight : 900 kgs (without accessories). • Four knife standard cutter block. • Digital display for thicknessing height in mm. • Variable speed drive 4-16m/min. • Planer guard EURO comfort. • Extractor connection port diameter 140mm. • Trigger switch for dust extractor start.

2.2 Mortising unit 10 ONE (1) x One-handed lever operation mortise unit with steel tracks and rollers. The mortising unit shall meet the following specifications :

• Fitted with end stops for the mortising depth, mortise length and hole distance. • Height adjustable using a drilling support with a handwheel mechanism. • Able to the workpiece during mortising. • Extraction port diameter of 120 mm. • Mortising depth: 160 mm • Mortising length: 250 mm • Height adjustment: 130 mm

2.3 Mortising unit roller stand 10 ONE (1) x coupling and rolling carriage for quick, easy installation and for removal after use at the machine.

Page 3 of 15 2.4 Mortising chuck 10 ONE (1) x two jaw drilling chuck • Suitable for both left and right cutting bits. • Clamping range: 0-16 mm

2.5 Mortising set 10 A set of 19mm shank mortise suitable for the mortise attachment comprising of ONE (1) x 6mm (¼"), ONE (1) x 10mm (3/8"), ONE (1) x 12mm (½") and ONE (1) x 16mm (5/8") mortise chisels.

Services: Technical Supervision, Installation, Commissioning and Training

3 Technician visits to each SME for installation, commissioning and training 20 ONE (1) x visit to each of the twenty (20) small enterprises to :

. Oversee the delivery, site placement of machine, perform connection to services (installation), and to commission the machine for service.

. Train a maximum of THREE (3) persons at each SME at the same time, in the safe use, operation, storage and maintenance of the machinery in accordance with manufacturers guidelines and industry standards of practice.

*) compliance must be confirmed in detail by the contractor’s offer and technical documentation and will be verified by UNIDO during technical evaluation; **) if not compliant with UNIDO’s required parameters, the invitee must indicate his parameters in this column

Page 4 of 15

III. The Scope of Supply – FINANCIAL BID FORM

Item Name and required parameters QTY unit price total item price Woodworking Machine / Tools / Accessories US $ US $ 1.1 Circular Panel Saw and Tilting Spindle Moulder 10

ONE (1) x Professional level woodworking machine which MUST have CE conformity certification and is suitable for production quality work in small and medium enterprises (SME’s).

The circular saw and spindle moulder machine shall meet the following specifications :

General specification . THREE (3) x standard three phase motor, 400V, 5.5kW 7.5HP 50Hz. . Switch for forward or reverse run. . 3200mm long sliding table. . Working height 890mm. . Standard riving knife. . Aluminium table extension with two lever clamping system. . Crosscut fence 1100mm length. . CE and GS certified. . Machine weight : 780 kgs (without accessories).

Functional specifications Circular Panel Saw . Sliding table saw with 1300mm outrigger table. . Saw blade diameter 315mm. . Saw speed 4800 rpm. . Tiltable saw blade 90 to 45 degrees. . Cutting height 104mm . Table opening 230mm.. . 800mm rip capacity. . Minimum transport width 800mm. . Saw guard EURO II. . Extractor connection port diameter 120/50mm.

Spindle Moulder . Maximum spindle working length of 125mm. . Spindle bore diameter 30mm, usable height 115mm. . Manual spindle tilt 90 to 45 degrees. . Spindle moulder speeds 3500, 6000, 8000 and 10,000.

Page 5 of 15 . Table opening 230mm. . Spindle moulder fence 230 for max tooling 230mm diameter. . Multi adjustment for spindle fence 230. . Anodised aluminium fence plates 400mm. . EURO spindle moulder guard. . Extractor connection port diameter 120/80mm.

1.2 Circular saw blade set 10 A set of TCT circular saw blades suitable for the Circular Panel Saw machine comprising of ONE (1) x 315mm circular saw blade, 28 teeth universal ripsaw, 30mm bore. ONE (1) x 315mm circular saw blade, 48 teeth universal crosscut, 30mm bore. ONE (1) x 315mm circular saw blade, 72 teeth fine sizing, 30mm bore. ONE (1) x 315mm circular saw blade, 96 teeth fine sizing, 30mm bore.

1.3 Spindle moulder cutter tool for spindle bore diameter 30mm 10 Comprising of : ONE (1) x Rebate head with tool diameter 100mm and tool height 500mm. ONE (1) x Guide ring set with 30mm bore diameter. ONE (1) x Ball bearing ring ONE (1) x Starting safety ring. ONE (1) x Guide ring 100mm diameter.

1.4 Toggle clamps for shaping with a jig 10 EIGHT (8) x Toggle clamps, Horizontal handle, Size 3.

1.5 Spindle moulder safety cutter set 10 A set of spindle moulder cutters suitable for the machine comprising of: ONE (1) x 100mm diameter multi profile cutter head with rabbeting knifes and limiters, to suit bore diameter of 30mm. TWELVE (12) x pairs of knives with a cutting height of 40mm (1-37/64"). ONE (1) x wooden case to prevent damage to cutter head or knives.

Allows for a simple knife change due to the seated fitting bolt in the body of the moulder. Made of SP alloy steel with bronzed surface.

2.1 Planer – Thicknesser 10

ONE (1) x Professional level woodworking machine which MUST have CE conformity certification and is suitable for production quality work in small and medium enterprises (SME’s).

The planer-thicknesser machine shall meet the following specifications :

Page 6 of 15

General specification • THREE (3) x standard three phase motor, 400V, 5.5kW 7.5HP 50Hz. • Working height 890mm. • Professional planer fence 1300 x 170mm. • CE and GS certified. • Machine weight : 900 kgs (without accessories). • Four knife standard cutter block. • Digital display for thicknessing height in mm. • Variable speed drive 4-16m/min. • Planer guard EURO comfort. • Extractor connection port diameter 140mm. • Trigger switch for dust extractor start.

2.2 Mortising unit 10 ONE (1) x One-handed lever operation mortise unit with steel tracks and rollers. The mortising unit shall meet the following specifications :

• Fitted with end stops for the mortising depth, mortise length and hole distance. • Height adjustable using a drilling support with a handwheel mechanism. • Able to clamp the workpiece during mortising. • Extraction port diameter of 120 mm. • Mortising depth: 160 mm • Mortising length: 250 mm • Height adjustment: 130 mm

2.3 Mortising unit roller stand 10 ONE (1) x coupling and rolling carriage for quick, easy installation and for removal after use at the machine.

2.4 Mortising chuck 10 ONE (1) x two jaw drilling chuck • Suitable for both left and right cutting drill bits. • Clamping range: 0-16 mm

2.5 Mortising chisel set 10 A set of 19mm shank mortise chisels suitable for the mortise attachment comprising of ONE (1) x 6mm (¼"), ONE (1) x 10mm (3/8"), ONE (1) x 12mm (½") and

Page 7 of 15 ONE (1) x 16mm (5/8") mortise chisels.

Sub-Total, EX-Works factory (packed for road shipment) : US $

Cost of transportation to DAP Tripoli city limits, Lebanon : US $

A Total price DAP Tripoli city limits, Lebanon (20 site addresses) US $

Services: Technical Supervision, Installation, Commissioning and Training

3 Technician visits to each SME for installation, commissioning and training 20 ONE (1) x visit to each of the twenty (20) small enterprises to :

. Oversee the delivery, site placement of machine, perform connection to services (installation), and to commission the machine for service.

. Train a maximum of THREE (3) persons at each SME at the same time, in the safe use, operation, storage and maintenance of the machinery in accordance with manufacturers guidelines and industry standards of practice.

B Sub-Total for Installation, Commissioning and Training : US $

A+B TOTAL PRICE: DAP delivered and installed to SME’s in Tripoli, Lebanon : US $

Notes for the invitee

1. The equipment to be supplied should be worldwide known “Brand Name” quality, unused (except where specified) and of the most current models or stock lines, incorporating all recent improvements in design and components.

2. Bidders should provide documentary evidence of a minimum of 3 contracts awarded and served within the past 5 years proving relevant international experience in supplying any of the items / equipment offered in response to this RFQ – see Annex 2, Experience/Previous Contracts.

3. Bidders are required to include in their response a statement of Satisfactory Performance from 3 relevant clients in the woodworking sector. Such statements shall be dated six (6) months or later, before the deadline for submission of bids in response to this RFQ – see Annex 2, Experience/Previous Contracts.

Page 8 of 15 4. Bidder must provide CV’s and experience statements for the key staff and installation technician(s) who must be authorized by the manufacturer for training on their machinery. – see Annex 3, Key Personnel Form

5. Bidder must be an authorized distributor of the manufacturer licensed to sell, maintain, service and honour the manufacturer’s warranty. Evidence in the form of a letter that proves the bidder has the Manufacturers Authority (or that the bidder is the Manufacturer) must be submitted – see Annex 4, Manufacturers Letter of Authority.

6. At a minimum all equipment must be supplied should conform to EU standards for and safety. For example, all equipment must be certified to international standards (i.e. CE certified or GS/TUV approved). Evidence of this approval for each machine must be supplied with the bid for verification.

7. Offers to be made in US dollars or Euros.

8. Offers should specify warranty details and ideally, the warranty must be a minimum of 12 months from the date of acceptance at final delivery site. Bidders should demonstrate that they can honour warranty commitments by showing physical presence/commercial entity in Lebanon.

9. The bid should be accompanied by adequate technical documentation, datasheets, catalogue(s) and other printed material or pertinent information (in English) for the items quoted.

10. Delivery Period to DAP Lebanon warehouse no later than sixteen (16) weeks from the date of signing the purchase order.

11. All active (powered) equipment must operate on THREE PHASE power supply 50Hz.

12. Final point of delivery for installation is DAP Tripoli city limits, LEBANON – winning bidder will be given a map of desired SME delivery locations with the purchase order.

Page 9 of 15 ANNEX 1 - TECHNICAL AND FINANCIAL EVALUATION

Evaluation of Proposals

Evaluation of the technical proposal will be made on the basis of its responsiveness by applying the evaluation criteria, sub-criteria, and point system specified. A responsive proposal will be given a technical score (TS). A proposal shall be rejected at this stage if it does not respond to important aspects of the RFQ, and if the Proposer fails to achieve the minimum technical score of 70% out of the maximum obtainable score (80). A Proposer, who has attained minimum 70% score in the technical evaluation, will be considered for further financial evaluation.

An offer that attained 70% and above in the technical evaluation, will have its financial proposal considered. UNIDO shall consider the award to the qualified Proposer with the highest total score based on the evaluation method indicated below, subject to a financial evaluation review. In the event that only one offer has achieved the minimum required technical score, UNIDO shall ensure that the price is reasonable and consistent with the market rates for items of a similar nature and represents good value for money.

Technical Evaluation Matrix

POINT SCORE CHART Higher number denotes greater quality/reliability of evidence

No Little Basic Satisfactory Strong Evidence evidence Evidence Evidence Evidence

Example : not included Example : ISO logo not clearly Example : ISO logo can be Example : ISO certificate copy Example : ISO logo on a in documents legible or verifiable in the seen on a letterhead, included for verification letterhead, brochure, anywhere in the bid evidence submitted datasheet or brochure machine and ISO certificate copy included

0 2 4 6 8

Organization submitting proposal Yes/ No Exclusion criteria – non- Eligibility requirements, authorisations and financial capacity compliance or non-response 1.1 along with technical compliance of bid documentation. for any factor means ineligibility

Points Specifications, Supply and Performance Score obtainable

Evidence of supply and delivery to the desired incoterms and 2.1 8 delivery points.

Evidence of bidder’s relevant qualifications such as ISO, CE, GS, TUV certificates, accreditations, awards, citations and 2.2 8 environmental compliance certificates which are directly attributable to the equipment models.

Evidence of bidder’s relevant quality management system 2.3 8 qualifications such as ISO 9001.

Evidence of THREE (3) contracts awarded and served within the past 5 years proving relevant international experience in 2.4 8 supplying any of the items / equipment offered in response to this RFQ. Evidence of Satisfactory Performance from THREE (3) relevant clients in the woodworking sector. Such 2.5 8 statements shall be dated six (6) months or later, before the deadline for submission of bids in response to this RFQ. Evidence in the form of CV’s and authorised manufacturer approvals and/or manufacturer qualifications of the training 2.6 8 technician who will conduct the installation, commissioning and training at the twenty SME sites.

Page 10 of 15 Evidence that specifies the warranty details and 2.7 demonstrates that they can honour warranty commitments by 8 showing physical presence/commercial entity in Lebanon.

Evidence of Manufacturers Authority to Offer their products 2.8 8 for sale in/to Lebanon.

Evidence that the equipment offered for Item 1 MATCHES (or exceeds) the line specifications listed paying particular notice to the following essential parameters :

2.9 8 (a) 3200mm sliding table (b) Aluminium table extension with two clamps (c) Saw guard EURO II (d) EURO spindle moulder guard Evidence that the equipment offered for Item 2 MATCHES (or exceeds) the line specifications listed paying particular notice to the following essential parameters : 2.10 8

(a) Planer guard EURO comfort (b) Coupling and rolling carriage for mortising unit Total 80

The Technical Proposal must also include documentation that will allow a line-by-line verification of the machine size and capacity criteria listed in the RFQ descriptions.

Financial Proposal Evaluation

The standard Incoterms 2010 quoted shall be DAP and the financial evaluation shall be based on the total cost of DAP Tripoli, Lebanon inclusive of installation, commissioning and training (indicated by A+B section on the Financial Bid Form).

Page 11 of 15 ANNEX 2 - EXPERIENCE / PREVIOUS CONTRACTS

No Name of the Name and Contract Contract type Contract Contract Attached Employer/Cli location of start and – describe value or value Certificate/ ent (Address the work completion your roles Contract undertaken Contract / and contact Dates under each Price (USD) by you (USD) POs details)

1

2

3

4

5

Note:

1. Bidders to provide documentary evidence of a minimum of 3 contracts awarded and served within the past 5 years proving relevant international experience in supplying any of the items / equipment offered in response to this RFQ. 2. Bidders are required to complement the information in the table above with a copy of the respective Contract/purchase order(s). 3. Information provided on each contract shall clearly indicate the type and quantities of items and technical specifications, 4. Bidders are required to include in their applications a statement of Satisfactory Performance from 3 relevant Clients. Such statements shall be dated six (6) months or later, before the deadline for submission of bids in response to this RFQ.

Page 12 of 15

ANNEX 3 – KEY PERSONNEL FORM

Guidance Note: The key personnel form must be printed on MACHINERY MANUFACTURERS company letterhead, signed by the authorized representative(s) of the Manufacturer, dated and stamped.

The form should be supplemented by the SIGNED CVs of the proposed key personnel, copies of their diplomas, and other supporting documents (certifications, membership to professional bodies etc.) as applicable.

To: UNIDO LEBANON

KEY PERSONNEL FORM

We, the undersigned, confirm that the following key personnel (manufacturer authorized training technicians) whose names and qualifications have been summarized below will be available for engagement in connection with any possible Contract awarded on the basis of this RFQ.

Attached are the signed CVs of the proposed key personnel, along with copies of their diplomas and other supporting documents as applicable.

# Key Personnel Designation Education (Degree) Years of Professional Years of Similar (Last name, name) / Role / Expertise Experience Work Experience

CV TEMPLATE

Guidance Note: The following CV template should be used by the applicants for all of the proposed key personnel (in this RFQ, the manufacturers authorized training technicians). Note that the CV must be signed and dated by the proposed key personnel. At the minimum the copies of the diplomas of the proposed key personnel should be attached.

Position*:

Personnel Name Date of Birth: Information University Degree*:

Professional Qualifications:

Present Name of the Employer Employment Address of the Employer

Telephone Contact Person:

Fax Email:

Job Title Years with present Employer:

Page 13 of 15 Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. Add/delete rows as applicable.

From * To* Company, Position, and Technical and Management Experience*

*Mandatory fields

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications and my experience. I confirm my intention to serve within the proposed capacity and my availability to perform the duties as per the requirements.

Signature and Date: [signature of the proposed personnel and the date of signature] .

Attachments: Copy of diploma(s), etc.

Page 14 of 15 ANNEX 4 - MANUFACTURER’S AUTHORISATION LETTER

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer. The Bidder shall include it in its bid.]

Date: [insert date (as day, month and year) of Bid Submission] RFQ 700000xxxx

To: UNIDO LEBANON

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]

Dated on ______day of ______, ______[insert date of signing]

Page 15 of 15